SOLICITATION NOTICE
58 -- Maintenance service on the AMAG Access Control System
- Notice Date
- 6/20/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561621
— Security Systems Services (except Locksmiths)
- Contracting Office
- ACC-APG - Adelphi, ATTN: AMSRD-ACC, 2800 Powder Mill Road, Adelphi, MD 20783-1197
- ZIP Code
- 20783-1197
- Solicitation Number
- W911QX-12-R-0023
- Response Due
- 6/25/2012
- Archive Date
- 8/24/2012
- Point of Contact
- Eric Pomroy, 301-394-2021
- E-Mail Address
-
ACC-APG - Adelphi
(eric.r.pomroy.civ@mail.mil)
- Small Business Set-Aside
- N/A
- 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; proposals are being requested and a written solicitation will not be issued. (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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 solicitation number is W911QX-12-R-0023. This acquisition is issued as a REQUEST FOR QUOTATION (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-58. (iv) The associated NAICS code is 561621. The small business size standard is $12.5 MIL. (v) The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): CLIN 0001: Provide access control maintenance contract to cover maintenance and preventive maintenance on the AMAG Access Control System, Alarm monitoring, Photo ID badging system, and software support for the Army Research Laboratory, Aberdeen Proving Ground, MD (APG) and Adelphi, MD (ALC) sites, Qty: 6, Unit: Months. CLIN 0002: CONTRACTOR MANPOWER REPORTING Option CLIN 0003: Provide access control maintenance contract to cover maintenance and and preventive maintenance on the AMAG Access Control System, Alarm monitoring photo ID badging system, and software support for APG and ALC. Qty: 12, Unit: Months. Option CLIN 0004: CONTRACTOR MANPOWER REPORTING Option CLIN 0005: Provide access control maintenance contract to cover maintenance and and preventive maintenance on the AMAG Access Control System, Alarm monitoring photo ID badging system, and software support for APG and ALC. Qty: 12, Unit: Months Option CLIN 0006: CONTRACTOR MANPOWER REPORTING (vi) Description of requirements: C.1 The Contractor shall provide maintenance and preventive maintenance service on the AMAG Access Control System: Model AMAG 625, Version 3.1, Alarm Monitoring: Model AMAG 625, Alarm Monitoring Module Version 3.1, Photo ID Badging System: Model AMAGE 625, Photo ID Badging Module Version 3.1, Software support and AMAG Professional DBL Computer and System 650 Operating software for AMAG 625 System Version 3.1 for the Army Research Laboratory, Adelphi, MD site. Maintenance calls will be on the following schedule: Emergency (response within 4 hours), Routine (response within 24 hours), or Next Business Day (response by next business day). Contractor will perform quarterly maintenance checks of all equipment. Contractor will be on call for 24 hour emergency response for mission critical security issues. C.2 The Contractor shall provide maintenance and preventive maintenance service on the AMAG Security Management System - Professional Edition. AMAG Access Control System: Model AMAG 625, Version 5.01. Alarm Monitoring Module Version 5.01, Photo ID Badging System: Model AMAG 625, Photo ID Badging Module Version 5.01. Software support and AMAG Professional DBL Computer and System 625 Operating software for AMAG 625 System Version 5.01 for the Army Research Laboratory, APG, MD site. Maintenance calls will be on the following schedule: Emergency (response within 4 hours), Routine (response within 24 hours), or Next Business Day (response by next business day). Contractor will perform quarterly maintenance checks of all equipment. Contractor will be on call for 24 hour emergency response for mission critical security issues. (vii) Delivery is required by: CLIN 0001: 07/01/2012-12/31/2012 CLIN 0002: CONTRACTOR MANPOWER REPORTING OPTION CLIN 0003: 01/01/2013-12/31/2012 OPTION CLIN 0004: CONTRACTOR MANPOWER REPORTING OPTION CLIN 0005: 01/01/2014-12/31/2012. OPTION CLIN 0006: CONTRACTOR MANPOWER REPORTING Delivery shall be made to ABERDEEN PROVING GROUNDS, APG MD. Acceptance shall be performed at ABERDEEN PROVING GROUNDS, APG MD. The FOB point is ABERDEEN PROVING GROUNDS, APG MD. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: NONE (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: (a) 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: Technical ability, Past Performance, and Price. Technical and past performance, when combined, are more important than price. (b) Options. The Government will evaluate offers for award purposes 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 Government to exercise the option(s). (c) 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. (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, and DFARS 252.212-7000, Offeror Representations and Certifications -Commercial Items, with its offer. (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause NONE (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable: 52.222-50, 52.203-6, 52.204-10, 52.209-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-54, 52.223-18, 52.232-33, 52.232-36, 52.222-41, 52.222-43, 252.247-7023 ALT III, 252.232-7003, 252.225-7001, 252.203-7000, 52.203-3 (xiii) The following additional contract requirement(s) or terms and conditions apply: NONE (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as N/A. (xv) The following notes apply to this announcement: NONE (xvi) Offers are due on JUNE 25, 2012, by 11:59 PM EST, at ADELPHI LABORATORY CENTER 2800 POWDER MILL RD ADELPHI MD, 20783 (xvii) For information regarding this solicitation, please contact ERIC POMROY; (301)394-2021; ERIC.R.POMROY.CIV@MAIL.MIL
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/1d5449a2ee64bff4d2820fae984eb7fa)
- Place of Performance
- Address: US ARMY CONTRACTING COMMAND - APG ABERDEEN PROVING GROUNDS APG MD
- Zip Code: 21005
- Zip Code: 21005
- Record
- SN02780845-W 20120622/120620235432-1d5449a2ee64bff4d2820fae984eb7fa (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 |