Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 11, 2001 PSA #2933
SOLICITATIONS

J -- FIRE ALARM MAINTENANCE SERVICES

Notice Date
September 7, 2001
Contracting Office
General Services Administration, Public Buildings Service (PBS), Property Management Division (9PMFC), 450 Golden Ga te Avenue, San Francisco, CA, 94102
ZIP Code
94102
Solicitation Number
GS09P01KSC0089
Response Due
September 28, 2001
Point of Contact
Mary Chin, Contract Specialist, Phone (415) 522-3356, Fax (415) 522-3118, Email mary.chin@gsa.gov
Description
FIRE ALARM MAINTENANCE SERVICES AT PJKK FEDERAL BUILDING/US COURTHOUSE, 300 ALA MOANA BLVD., HONOLULU, HI. SOLICITATION GS09 P01KSC0089 DUE 091101 COMMERCIAL ITEM -- COMBINED SYNOPSIS/SOLICITATION 17. -- DESCRIPTION REQUIREMENTS: This is a combined syn opsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additio nal information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. SCOPE OF WORK -- the contractor shall provide all management, supervision, la bor, materials, supplies, and equipment necessary to provide for inspection, testing, servicing, periodic maintenance, monit oring and repair of the fire alarm systems located at Price Jonah Kuhio Kalanianaole Federal Building and U.S. Courthouse, 3 00 Ala Moana Blvd., Room 3-119, Honolulu, HI. FAR REQUIREMENTS: FAR 52.212-1 is applicable, FAR 52.212-2 EVALUATION-COMMER CIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror w hose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. T he following factor shall be used to evaluate offers: (i) past performance -- each offeror will be evaluated on his/her past performance record on contracts which have been and/or are currently being performed for similar work. The evaluation will be a subjective assessment on how well each offeror has satisfied its customers in the past. It will not be based on absolu te standards of performance. The Government reserves the right to consider all aspects of an offeror?s performance history, but will attribute more significance to work that was similar in nature, magnitude, and complexity to the work that will be required by the contract described in this RFP. References other than those identified by the offeror may be contacted by the Government with the information received used in the evaluation of the offeror's past performance. (ii) experience -- off erors shall submit a list of at least three similar contracts completed during the past three years and all contracts curren tly in process. Contracts listed may include those with the Federal Government, agencies of state and local Government's an d commercial customers. For each contract provide contract numbers, points of contact with telephone numbers and any other relevant information. (iii) price. Experience and past performance are of equal important, when combined, are more importa nt than price. The Government intends to evaluate proposal and award a contract without discussions with offerors (except c ommunications conducted for the purpose of minor clarification). Therefore each initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if late r determined by the Contracting Officer to be necessary. (b) Options. The Government will evaluate offers for award purpose s by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Gov ernment to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished t o the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without f urther 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 befor e award. 52.212-3 -- Contractor will include a completed copy of this provision. 52.212-4 -- Contract Terms and Conditions -- Co mmercial Items is applicable. 52.212-5 -- Contract Terms and Conditions Required to Implement Statues or Executive Orders -- Co mmercial Items. As prescribed in 12.301(b)(4), insert the following clause: CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPL EMENT STATUTES OR EXECUTIVE ORDERS -- COMMERCIAL ITEMS (MAY 2001) (a) The Contractor shall comply with the following FAR clau ses, which are incorporated in this contract by reference, to implement provisions of law or executive orders applicable to acquisitions of commercial items: (1) 52.222-3, Convict Labor (E.O. 11755). (2) 52.233-3, Protest after Award (31 U.S.C. 355 3). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated a s being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisit ions of commercial items or components: _X_ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government, with Altern ate I (41 U.S.C. 253g and 10 U.S.C. 2402). __ (2) 52.219-3, Notice of Total HUBZone Small Business Set-Aside (Jan 1999). __ (3) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 1999) (if the offeror elects to waive the preference, it shall so indicate in its offer). __ (4)(i) 52.219-5, Very Small Business Set-Aside (Pub. L. 103-40 3, section 304, Small Business Reauthorization and Amendments Act of 1994). __ (ii) Alternate I to 52.219-5. __ (iii) Altern ate II to 52.219-5. _X_ (5) 52.219-8, Utilization of Small Business Concerns (15 U.S.C. 637 (d)(2) and (3)). __ (6) 52.219-9 , Small Business Subcontracting Plan (15 U.S.C. 637(d)(4)). _X_ (7) 52.219-14, Limitations on Subcontracting (15 U.S.C. 637( a)(14)). __ (8)(i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (Pub. L. 103-3 55, section 7102, and 10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer). (i i) __ Alternate I of 52.219-23. __ (9) 52.219-25, Small Disadvantaged Business Participation Program -- Disadvantaged Status a nd Reporting (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). __ (10) 52.219-26, Small Disadvantaged Business Participat ion Program -- Incentive Subcontracting (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). __ (11) 52.222-21, Prohibition of Segregated Facilities (Feb 1999) _X_ (12) 52.222-26, Equal Opportunity (E.O. 11246). _X_ (13) 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212). _X_ (14) 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793). _X_ (15) 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam E ra (38 U.S.C. 4212). __ (16) 52.222-19, Child Labor -- Cooperation with Authorities and Remedies (E.O. 13126). __ (17)(i) 52.2 23-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Products (42 U.S.C. 6962(c)(3)(A)(ii)). __ (ii ) Alternate I of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). __ (18) 52.225-1, Buy American Act -- Balance of Payments Program -- Suppli es (41 U.S.C. 10a -- 10d). __ (19)(i) 52.225-3, Buy American Act -- North American Free Trade Agreement -- Israeli Trade Act -- Bal ance of Payments Program (41 U.S.C. 10a -- 10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note). __ (ii) Alternate I of 52.225-3. _ _ (iii) Alternate II of 52.225-3. __ (20) 52.225-5, Trade Agreements (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). _X_ (21 ) 52.225-13, Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129). __ (22) 52.225-15 , Sanctioned European Union Country End Products (E.O. 12849). __ (23) 52.225-16, Sanctioned European Union Country Services (E.O. 12849). __ (24) 52.232-33, Payment by Electronic Funds Transfer -- Central Contractor Registration (31 U.S.C. 3332). __ (25) 52.232-34, Payment by Electronic Funds Transfer -- Other than Central Contractor Registration (31 U.S.C. 3332). __ (26) 52.232-36, Payment by Third Party (31 U.S.C. 3332). __ (27) 52.239-1, Privacy or Security Safeguards (5 U.S.C. 552a). __ (28 )(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (46 U.S.C. 1241). __ (ii) Alternate I of 52.247- 64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, which the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or exe cutive orders applicable to acquisitions of commercial items or components: _X_ (1) 52.222-41, Service Contract Act of 1965, As Amended (41 U.S.C. 351, et seq.). _X_ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). _X_ (3) 52.222-43, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Multiple Ye ar and Option Contracts) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). __ (4) 52.222-44, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). _X_ (5) 52.222-47, SCA Minimum Wages and Fringe B enefits Applicable to Successor Contract Pursuant to Predecessor Contractor Collective Bargaining Agreement (CBA) (41 U.S.C. 351, et seq.). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this parag raph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor' s directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Re tention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relati ng to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contr act shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardles s of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c) or (d) of this clause, the Contractor is not required to include any FAR clause, other than those listed below (and as may be required by an addenda to this paragraph to establish the reasonableness of pr ices under Part 15), in a subcontract for commercial items or commercial components -- (1) 52.222-26, Equal Opportunity (E.O. 11246); 2) 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); (3) 52.222- 36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793); (4) 52.247-64, Preference for Privately-Owned U.S. Fla g Commercial Vessels (46 U.S.C. 1241) (flow down not required for subcontracts awarded beginning May 1, 1996); and (5) 52.22 2-41, Service Contract Act of 1965, As Amended (41 U.S.C. 351, et seq.). (End of clause) Pursuant to FAR 12.301 (e)(2), the following FAR clauses are incorporated by reference: _X_52.217-8 Option to Extend Services, _X_ 52.217-9 Option to Extend th e Term of the Contract. The solicitation number GS09P91KSC0089 is being issued as a Request for Proposals. All provisions and clauses are those in effect through Federal Acquisition Circular FAC 97-23, dated January 18, 2001, and General Services Administration Acquisition Manual Change 3, dated August 10, 2000. The NAICS code for this solicitation is 561621, and siz e standard is $9 millions. This procurement is 100 percent set aside for Small Business. Proposals due on September 18, 20 01 at 3:00 p.m. PST, at GSA, Real Property Programs Division, Property Management Branch, Contracts Section (9PMFC), 450 Gol den Gate Avenue, 4th Floor East, San Francisco, CA 94102-3434. POC: Mary Chin, Telephone No. 415-522-3356. Copies of att achments and further information can be obtained by FAX request 415-522-3118, or e-mail request address: mary.chin@gsa.gov. The anticipated period of performance is from November 1, 2001 thru October 31, 2002 with four one-year options. Wage Dete rmination No. 1994-2153 (Rev. 25) dated November 7, 2000 is applicable.
Web Link
Visit this URL for the latest information about this (http://www.eps.gov/spg/GSA/PBS/9PMFC/GS09P01KSC0089/listing.html)
Record
Loren Data Corp. 20010911/JSOL016.HTM (A-250 SN50X137)

J - Maintenance, Repair and Rebuilding of Equipment Index  |  Issue Index |
Created on September 7, 2001 by Loren Data Corp. -- info@ld.com