Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 22, 2012 FBO #3924
SOLICITATION NOTICE

63 -- Annual Maintenance for J-SIIDS, CCTV, and Access Control Systems (keyless card)

Notice Date
8/20/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
MICC - Presidio of Monterey (RC - West), Bldg 4385, Suite 2041, 400 Gigling Road, Seaside, CA 93955
 
ZIP Code
93955
 
Solicitation Number
PR-0010153465
 
Response Due
8/31/2012
 
Archive Date
10/30/2012
 
Point of Contact
Silentip Tubtim, 8312424083
 
E-Mail Address
MICC - Presidio of Monterey (RC - West)
(silentip.leroy.civ@mail.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
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. Contracting Office Address: Mission and Installation Contracting Command, Presidio of Monterey, 400 Gigling Rd, Seaside, CA 93955 This solicitation includes the incorporated provisions and clauses in effect through Federal Acquisition Circular 2005-59. The North American Industry Classification System (NAICS) Code for this procurement is 561621; size standard $12.5M. This acquisition is being conducted as a Service-Disabled Veteran Owned Small Business (SDVOSB) set-aside. Description: Annual Maintenance for J-SIIDS, CCTV, and Access Control (keyless card) Systems. Physical Security Division at Presidio of Monterey, CA is requesting that vendors submit a proposal for the maintenance of a Physical Security Intrusion Detection System as set forth in the attached Performance Work Statement (PWS), Performance Requirement Summary (PRS), Proposal Line Items, and Itemized Replacement Parts List. The contractor's proposal must demonstrate sufficient understanding of the project scope and system requirements as specified in the attached PWS, PRS, and itemized replacement parts list. All questions must be submitted via email to the Contract Specialist, Silentip Tubtim, at silentip.leroy.civ@mail.mil no later than August 24, 2012. Q&A will be posted as an amendment no later than August 26, 2012. No telephone inquiries will be accepted. Period of Performance: Base Year and Four (4) Option Years The proposal due date is August 31, 2012. Proposals must include the company's name, point of contact, address, telephone number, DUNS number, CAGE Code, and Tax ID. FAR 52.212-1 "Instructions to Offerors - Commercial" applies to this acquisition. An addendum to 52.212-1 is below. FAR 52.212-2 applies to this acquisition (see below). Offerors are to include a copy of FAR provision 52.212-3 "Offeror Representations and Certifications - Commercial Items" with their response. The following FAR clauses also apply: 52.212-4 "Contract Terms and Conditions - Commercial Items" and 52.212-5 "Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items", with the clauses cited further in this synopsis as being applicable. The aforementioned provisions and clauses can be accessed electronically at http://acquisition.gov/comp/far/index.html. Prospective sources are reminded that award can only be made to a contractor who is registered in the Central Contractor Registration (www.ccr.gov) database with an active Dun & Bradstreet Number. FAR 52.212-5 "Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items" The following are applicable to this requirement:52.222-50 Combating Trafficking in Persons (FEB 2009)52.233-3 Protest After Award (AUG 1996)52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004)52.219-6 Notice of Total Small Business Set-Aside (JUN 2003)52.219-28 Post Award Small Business Program Representation (APR 2009)52.222-3 Convict Labor (JUN 2003)52.223-18 Contractor Policy to Ban Text Messaging While Driving (SEPT 2010)52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008)52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (OCT 2003) Addenda to 52.212-1: Response Requirement: Interested contractors must submit information necessary to demonstrate their capabilities to support the J-SIIDS, CCTV, and Access Control (keyless card) Systems as specified in the attached PWS and PRS. Additionally, contractors must provide a narrative demonstrating experience, past awarded contract number, or references who can evaluate their past performance on current contracts or contracts completed within the last three years on J-SIIDS similar in scope and complexity to this requirement. 52.212-2 -- Evaluation -- Commercial Items (Jan 1999) (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 Capability Past Performance Price Technical and past performance, when combined, are approximately equal to 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. (End of Provision) 52.217-5 - Evaluation of Options Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). (End of Provision)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/f0488c78481225046ea39b76c66ab353)
 
Place of Performance
Address: USAG Presidio of Monterey 289 Ft Mervine Place, Bldg 235 Monterey CA
Zip Code: 93944-3402
 
Record
SN02846891-W 20120822/120820235814-f0488c78481225046ea39b76c66ab353 (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 |
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.