SOLICITATION NOTICE
63 -- Access Control System Building 1157 Fort Leavenworth, KS
- Notice Date
- 6/22/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561621
— Security Systems Services (except Locksmiths)
- Contracting Office
- MICC - Fort Leavenworth, 600 Thomas Avenue, Unit 3, Fort Leavenworth, KS 66027-1417
- ZIP Code
- 66027-1417
- Solicitation Number
- W91QF4-12-T-0011
- Response Due
- 7/24/2012
- Archive Date
- 9/22/2012
- Point of Contact
- David W. Foster, 913-684-1897
- E-Mail Address
-
MICC - Fort Leavenworth
(david.w.foster24.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. Request for Proposals Solicitation Number W91QF4-12-T-0011 Access Control System Building 1157 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. Proposals shall reference solicitation number W91QF4-12-T-0011. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-58. Fort Leavenworth, Kansas, intends to award a firm-fixed-price contract to provide a complete turn-key solution for an Automated Access Control system (AAC) at TEMF Bldg #1157 at Fort Leavenworth, KS. System shall include all necessary cabling, hardware, and installation labor to provide a complete turn-key solution. All equipment, materials, and software shall be fully compatible with existing Software House C-Cure 800/8000 and will fully communicate with existing C-Cure 800 server on Ft Leavenworth using "IP" packets over existing Fort Leavenworth "CAC-NET" wide area network. The North American Industrial Classification System (NAICS) code for this procurement is 561621 with a small business size standard of $12.5 million. This requirement is a 100% small business set-aside, and only qualified vendors may submit proposals. This solicitation closes at 2:00 p.m. Central Time on 24 July 2012. Vendor Requirements: Offerors responding to the solicitation must be able to complete AAC system and provide design layout drawings and a block diagram depicting all system devices noting all connection location and termination points. The system shall be installed in accordance with UFGS Electronic Security System 28 20 01.00 10, AR 420-49 para 8-7, and TM 5-853-4. See attached PWS for further requirements. The Contractor shall propose the following Contract Line Item Number (CLIN): CLIN 0001 TEMF Bldg 1157 Access Control $_________________ CLIN 0002 TEMF Bldg 1157 Warranty Services 24 Hour On-call $_________________ Total Price for all CLINS $_________________ The following Federal Acquisition Regulation (FAR) provisions are applicable to this acquisition and are available for view at: http://farsite.hill.af.mil/ 52.212-1 Instructions to Offerors Commercial Items Addendum to 52.212-1: In addition to the information in an offer required by 52.212-1(b) and (j), offeror shall also include its cage code, tax identification number, size of business, and the information required in the paragraph below titled, "Technical Acceptability." This acquisition is being conducted under the procedures of FAR Part 15, as allowed under FAR Subpart 12.6. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be the best value to the government, using the following evaluation factors: technical acceptability, price, and past performance. TECHNICAL ACCEPTABILITY. Offers will be evaluated on an acceptable or not-acceptable basis. Evaluation will be based on compliance with the Statement of Objective (SOO) to include the following information, which the offeror must submit with its proposal: list of equipment, copy of certifications, and the contractors work plan, and quality assurance plan. This plan shall describe the offeror's plan for performance, reflecting the offeror's understanding of the requirements in accordance with the SOO. PRICE. Generally, price will be evaluated a lowest-price basis. However, prices may also be evaluated for realism. Offers including prices determined to be unrealistically low, without explanation by the offeror, may be rejected. Unrealistically low prices may also be determined to reflect adversely on the offeror's technical acceptability (as reflecting a lack of understanding of the contract requirements) or the offeror's performance risk assessment or both. PAST PERFORMANCE. A performance risk assessment will be made based on past performance information. (See the description above of the Price factor for a possible additional consideration in the performance risk assessment.) The offeror shall provide up to five of its most relevant contracts performed for Federal agencies and commercial customers in the last three years before the due date for receipt of proposals. Relevant contracts include those where the offeror performed services of a similar scope, magnitude, and complexity as those required under this solicitation. Contracts that provide all aspects of the services required by this solicitation will be considered more relevant than those contracts for only portions of the services required. Offerors without relevant past performance information will be assessed a neutral rating for the past performance factor. In addition, the Government may use past performance information obtained from other than the sources identified by the offeror. Past performance information is limited to no more than two pages per contract listed. Information submitted should contain at least the following for each contract/reference: 1. Contract number. 2. Period of Performance. 3. Contract Type (i.e., fixed price, time and materials, etc.) 4. Whether government or commercial contract and the dollar amount. 5. Summary description of any subcontractor and the scope of involvement. 6. Contracting agency, including name and telephone number of contract administrator, buyer or Contracting Officer. 52.212-3 Offeror Representations and Certifications- Commercial Items The contractor shall provide a copy of the provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items, or indicate that it has been completed electronically online at http://orca.bpn.gov/publicsearch.aspx. 52.233-2 Service of Protest Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from Cur Cummins, Contracting Officer, MICC-Leavenworth, 535 Kearney Ave., Bldg 338, Fort Leavenworth, KS 66027. The copy of any protest shall be received in the office designated above within one day after filing a protest with the GAO. The following FAR clauses are applicable to this acquisition: 52.202-1 Definitions 52.204-10Reporting Executive Compensation and First-Tier Subcontract Awards 52.212-4 Contract Terms and Conditions Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items. 52.203-6 Alt I Restrictions on Subcontractor Sales to the Government 52.219-6 Notice of Total Small Business set aside 52.219-8 Utilization of Small Business Concerns 52.219-14 Limitations on Subcontracting 52.219-28 Post Award Small Business Program Representation 52.222-3 Convict Labor 52.222-19 Child Labor - Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Special Disabled Veterans of Vietnam Era and Other Eligible Veterans 52.222-36 Affirmative Action for Workers With Disabilities 52.222-37 Employment Reports On Special Disabled Veterans, Veterans of Vietnam Era and Other Eligible Veterans 52.225-13 Restrictions on Certain Foreign Purchases 52.229-3Federal State and Local Taxes 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration. 52.242-17Government Delay of Work The Contractor, and subcontractors, shall provide and maintain during the entire performance of this contract at least the kinds and minimum amounts of insurance stated below. See FAR Clause 52.228-5, incorporated by reference above, and the text below, for additional information concerning insurance requirements. TYPE REQUIRED AMOUNT Automobile: Bodily Injury Liability Per Person $200,000 Per Occurrence $500,000 Property Damage $ 20,000 Comprehensive General Liability: Bodily Injury Liability (Minimum amount) $500,000 Workman's Compensation and Occupational Disease $100,000 Employer's Liability $100,000 The Contractor must submit a copy of endorsements to the insurance policies along with a Certificate of Insurance. Each endorsement shall state the following: "Any cancellation or any material change adversely affecting the United States Government's interest under Contract No. ________________(Insert the number of this contract) shall not be effective- (1) For such period as the laws of Kansas prescribe; or (2) Until 30 days after the insurer or the Contractor gives written notice to the Contracting Officer, Contract No.. ________________(Insert the number of this contract), MICC-Leavenworth, 535 Kearney Ave., Bldg 338, Fort Leavenworth, KS 66027, whichever period is longer." Submit a certificate of insurance and copies of the endorsements for all required policies, to include Automobile Liability, General Liability, Workman's Compensation and Employer's Liability. 52.237-1 Site Visit 52.237-2 Protection of Government Buildings, Equipment, and Vegetation 52.245-1 Government Property 52.252-2 Clauses Included by Reference This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at these addresses: http://farsite.hill.af.mil/vffara.htm, http://farsite.hill.af.mil/VFDFARA.HTM, http://farsite.hill.af.mil/vfafara.htm The following DFARS clauses are applicable to this acquisition: 252.201-7000 Contracting Officers Representative 252.204-7000Disclosure of Information 252.204-7003Control of Govt Personnel Work Product 252.204-7004 Alt A Central Contractor Registration Alternate A 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country 252.209-7004 Subcontracting with Firms that are Owned or Controlled by a Terrorist Country 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. 52.203-3 Gratuities 252.225-7001 Buy American Act and Balance of Payments Program 252.225-7002 Qualifying Country Sources as Subcontractors 252.225-7012 Preference for Certain Commodities 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. 252.232-7010Levies on Contract Payments 252.243-7001Pricing of Contract Modifications 252.243-7002 Requests for Equitable Adjustment The following AFARS clauses are applicable to this acquisition: 5152.209-4000DOD LEVEL I ANTITERRORISM (AT) STANDARDS (FEB 2009) (a) Pursuant to Department of Defense Instruction Number 2000.16, "DoD Antiterrorism (AT) Standards," dated October 2, 2006, each contractor employee requiring access to a Federally-controlled installation, facility and/or Federally-controlled information system(s) shall complete Level I AT Awareness Training on an annual basis and receive a certificate of completion. The training is accessible from any computer and is available at https://atlevel1.dtic.mil/at/. The contractor is responsible for ensuring that all applicable employees have completed antiterrorism awareness training and shall certify that their workforce has completed the training through the submission of completion certificate(s) to the Contracting Officer and the Contracting Officer's Representative (if appointed) within five working days after contract award or prior to access to a Federally-controlled installation or information system. (b) In the event that the automated system at https://atlevel1.dtic.mil/at/ is not available (e.g., server problems), Level I AT Awareness Training can be provided by a qualified instructor. However, if the training is not completed online, the Level I AT Awareness Instructor qualification must be coordinated with the Installation Antiterrorism Officer (or Installation Security equivalent) and the resultant name(s) of approved instructors shall be provided the contracting officer or designee along with all associated cost or schedule impacts to the contract. (c) Antiterrorism performance (Level I AT Awareness Training attendance and compliance) may be documented as a performance metric under the resultant contract, and be part of past performance information in support of future source selections. (End of clause) Local Information: AMC-LEVEL PROTEST PROGRAM (Sep 2011) If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters (HQ), Army Materiel Command (AMC). The HQ AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office (GAO) or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the HQ AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 Packages sent by FedEx or UPS should be addressed to: Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 The AMC-Level Protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp. If internet access is not available, contact the contracting officer or HQ, AMC to obtain the HQ AMC-Level Protest Procedures. Site Visit: July 9, 2012 at 10:00 am, meet at Contracting office 535 Kearney, 338 Blochberger Terrace. QUESTIONS: All questions regarding this solicitation must be received in writing via e-mail to David Foster at david.w.foster24.civ@mail.mil no later than (NLT) 2:00 PM CT 13 July 2012. Please contact Curt Cummins, Contracting Officer, at Curtis.P.Cummins.civ@mail.mil in Ms. Nichols absence. PROPOSALS DUE: Proposals shall be received no later than 2:00 PM Central Time, 24 July 2012. Proposals received after this date and time will be considered late in accordance with 52.212-1(f) and will not be evaluated. Proposals must be submitted via e-mail to Lori.J.NicholsFellows.civ@mail.mil or mailed to MICC-Leavenworth, ATTN: Lori Nichols, 535 Kearney Ave., Bldg 338, Fort Leavenworth, KS 66027 or submitted to Lori Nichols at that address. Attachments: 1. Performance Work Statement 2. Salient Characteristics 3. Section 28 20 01.00 10
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/a4481b74c1c2f7526b182914a69f9a35)
- Place of Performance
- Address: MICC - Fort Leavenworth 600 Thomas Avenue, Unit 3 Fort Leavenworth KS
- Zip Code: 66027-1417
- Zip Code: 66027-1417
- Record
- SN02783550-W 20120624/120622234801-a4481b74c1c2f7526b182914a69f9a35 (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 |