SOLICITATION NOTICE
63 -- Physical Security Maintenance - Solicitation
- Notice Date
- 9/13/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561621
— Security Systems Services (except Locksmiths)
- Contracting Office
- Department of the Navy, United States Marine Corps, Marine Corps RCO - National Capital Region, 2010 Henderson Road, Quantico, Virginia, 22134-5045, United States
- ZIP Code
- 22134-5045
- Solicitation Number
- M00264-12-R-0062
- Archive Date
- 10/6/2012
- Point of Contact
- Frank G. Decker, Phone: 7034321086, Barry Van Orden, Phone: 7037841936
- E-Mail Address
-
frank.decker@usmc.mil, barry.vanorden@usmc.mil
(frank.decker@usmc.mil, barry.vanorden@usmc.mil)
- Small Business Set-Aside
- N/A
- Description
- Solicitation which includes PWS and Attachments REQUIREMENT INFORMATION 1. GENERAL INTENTION: The Marine Corps Intelligence Agency (MCIA) has a requirement to provide annual preventative maintenance and compatible upgrades to support the Badge Interoperability Program (ICBIP) and Five Eyes (FVEYs) efforts and any required on-site support for the Command security system, associated equipment and components (hardware and software) in the MCIA facilities. The existing security system equipment is Quintron's AccessNSite 7.6.0 and also includes the Panasonic indoor and outdoor security camera system for facilities located at Hochmuth Hall, the Swain Annex Complex, and in Bldg 3300 Suite 124 Sensitive Compartmented Information Facility (SCIF) located on MCB Quantico, Virginia. The contractor shall provide trained, experienced personnel as well as tools, supplies and equipment necessary to perform all duties in accordance with the Performance Work Statement (PWS). 2. PROCUREMENT APPROACH: This acquisition will be procured using FAR Part 15 and 16 and is subject to the Service Act of 1965. All provisions and clauses contained within FAR 52.212 - Acquisition of Commercial Items and FAR 52.222-42 Statement of Equivalent Rates for Federal Hires will be included as applicable in this RFP and resulting contract award. The perspective wage determination #: 2005-2103, revision #12. can be found at, http://www.wdol.gov/wdol/scafiles/std/05-2103.txt. This requirement is issued as a Firm Fixed Price (FFP) solicitation and will result in a FFP contract for a Base year and two (2) One (1) year option periods. This requirement will be solicited as full and open competition to all capable Offeror's that submit offers in response to the solicitation, as there are companies who possess the applicable NAICS code (561621) and may be capable of fulfilling this service support contract. In accordance with Management Oversight Process Acquisition Services (MOPAS) and FAR 37.102(a), this requirement is a performance-based acquisition. The source of the requirement, performance-based outcomes to be achieved, and metrics to measure those outcomes have been addressed in the PWS. 3. BASIS FOR AWARD: Proposals will be evaluated in accordance with the factors stated in FAR 52.212.2, Evaluation - Commercial Items of the RFP. Award will be made to the responsible Offeror(s) whose proposal represents the "Best Value" to the Government. To evaluate price and technical factors, proposal may be evaluated using a Price/Technical Tradeoff (PTTO) process. This comparison of proposals will focus on the identification of discriminators among offers. 4. PERIOD OF PERFORMANCE: The period of performance for this acquisition shall be for a base period not to exceed twelve (12) months and two (2) one-year option periods*, as follows: Period of Performance * Contract Year 28 Sep 2012 - 27 Sep, 2013 Base Year 28 Sep 2013 - 27 Sep 2014 Option Year 1 28 Sep 2015 - 27 Sep 2015 Option Year 2 *Note: Start dates are projected. Actual start dates will be determined, based on contract award date. The following Option FAR Clauses: 52.217-5, 52.217-8 and 52.217-9 are included in this request. Options will be exercised solely at the Government's discretion and only after a determination has been made that exercising the option is in the best interest of the Government. All options will be evaluated prior to award. Also included in this request is FAR Clause 52.232-18 -Availability of Funds. 5. PROPOSAL SUBMISSION: SUBMIT PROPOSALS NLT 1:00PM 21 September 2012 to Frank Decker, Contract Specialist, RCO-NCR at frank.decker@usmc.mil. All interested parties shall include, at a minimum, the following in the submitted offer: Pricing, included in Schedule B of SF1449 and for All options; Completed Representation and Certifications - FARS 52.212-3; Signed and dated SF1449; Any other information/document offeror deems necessary. 6. SITE VISIT: A Site Visit will be held on Tuesday from 8:00AM - 9:30AM, 18 September 2012. All attendees shall meet at the Lobby of the MCIA building on MCB Quantico at least 30 minutes prior to the start time. Please confirm attendance with Frank Decker, Contract Specialist, and RCO-NCR at frank.decker@usmc.mil. 7. QUESTIONS: All questions shall be submitted to Frank Decker, Contract Specialist, RCO-NCR at frank.decker@usmc.mil. No questions will be responded to after the cutoff date. For proposal purposes the estimated date of contract award is anticipated with a period of performance start date of 28 September 2012. All other requests for Information or concerns regarding this requirement shall be directed through the contracting office Unauthorized communication with the requiring activity during the solicitation through the award selection phase may result in disqualification and removal from consideration for award.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M00264/M00264-12-R-0062/listing.html)
- Place of Performance
- Address: 2033 Barnett Ave, Quantico, Virginia, 22134-5103, United States
- Zip Code: 22134-5103
- Zip Code: 22134-5103
- Record
- SN02881508-W 20120915/120914001110-982ab0d6020a43a6dcd8b7f6ffb7658c (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 |