Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 22, 2012 FBO #3955
MODIFICATION

D -- This is a Request for Proposal (RFP) to maintenance and repair to Government-Owned Card Access/Closed Circuit TV (CCTV)Systems located on Fort Bragg, NC.

Notice Date
9/20/2012
 
Notice Type
Modification/Amendment
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
MICC Center - Fort Bragg, Directorate of Contracting, ATTN: SFCA-SR-BR, Building 1-1333, Armistead & Macomb Streets, Fort Bragg, NC 28310-5000
 
ZIP Code
28310-5000
 
Solicitation Number
W9124712R0045
 
Response Due
9/25/2012
 
Archive Date
11/24/2012
 
Point of Contact
Kelli J. Kulhanek, 910-907-5121
 
E-Mail Address
MICC Center - Fort Bragg
(kelli.j.kulhanek.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This Modification is to announce SITE VISIT INFORMATION. A Site Visit will be conducted on Friday 21 September 2012 at 10:30 AM EST. All interested vendors are to meet at the Mission and Installation Contracting Center - Fort Bragg, located at Building 2-1105 Macomb Street, Fort Bragg, NC 28310. Please arrive NO LATER THAN 10:15 AM EST and meet inside the lobby of the building. Once all parties have signed in we will travel to three of the job sites Buildings 2-1127, 1-1540, and 1-1548. 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. Solicitation Number: W9124712R0045 Notice Type: Combined Synopsis/Solicitation 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; quotes 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 12.603, as supplemented with additional information included in this notice. This announcement constitutes only the solicitation; quotes are being requested and a written solicitation will not be issued. (ii)This solicitation document, W91247-12-R-0045, is issued as a Request for Proposal (RFP) for the maintenance and repair of all Government-Owned card access/closed circuit TV(CCTV) systems located on Fort Bragg, NC. This is a base plus one (1) option year. See Attached STATEMENT OF WORK, TECHNICAL EXHIBIT AND SCHEDULE B. (iii) 100% Set aside for small business concerns. This solicitation is set aside for small business concerns only. The associated NAICS code is 561621, Security System Services (Except Locksmiths), with size standard of $12.5M. (iv) The requirement shall be Firm Fixed Price (FFP). (v) Provision at FAR 52.252-1 Solicitation Provisions Incorporated by Reference (available at http://farsite.hill.af.mil) applies to this acquisition. Provision at FAR 52.252-2 Clauses Incorporated by Reference (available at http://farsite.hill.af.mil) applies to this acquisition. Provision at FAR 52.212-1, Instruction to Offerors - Commercial Items, applies to this acquisition. The Government will award a single contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation is the most advantageous to the Government, price and other factors considered. (vi) Clause at FAR 52.212-4 Contract Terms and Conditions Commercial Items, applies to this acquisition. Submissions of questions shall be forwarded no later than Friday, September 21 at 4:00 PM EST. All answers to be questions will be posted as an amendment to this solicitation. (vii) Submission of quotes shall be forwarded by Tuesday, September 25, 2012 at 12:00 PM EST. Offerors shall provide a quote using the pricing schedule provided in Appendix 1 of this combined synopsis/solicitation. (viii) Submission of Quotes: Quotes shall be forwarded to Contract Specialist, CPT Kelli J. Kulhanek via email to: kelli.j.kulhanek.mil@mail.mil. Facsimile submission will not be accepted. (ix) The point of contact (POC) for this acquisition is CPT Kelli J. Kulhanek. She may be reached at 910-907-5121 or via email at kelli.j.kulhanek.mil@mail.mil. Addendum to FAR 52.212-4 Contract Terms and Conditions--Commercial Items Jun 2010: 1. FEDERAL HOLIDAYS: The following days are legally recognized holidays: New Year's Day1 January Martin Luther King Jr.'s Birthday3rd Monday in January President's day3rd Monday in February Memorial DayLast Monday in May Independence Day4th of July Labor Day1st Monday in September Columbus Day2nd Monday in October Veteran's Day11th of November Thanksgiving Day4th Thursday in November Christmas Day 25 December When one of the above designated legal holidays falls on a Sunday, the following Monday will be observed as a legal holiday. When a legal holiday falls on a Saturday, the proceeding Friday is observed as a legal holiday. This list of holidays relates to Government duty days and is not intended to supplement or otherwise alter the provisions of any Wage Determination regarding applicable paid holidays. In addition to the days designated as holidays, the Government observes the following days: -Any other day designated by federal statute -Any other day designated by Executive Order 2. INVOICING AND PAYMENTS (WIDE AREA WORK FLOW (WAWF): (a)All contractor invoices and receiving reports are required to be submitted electronically in accordance with DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. Contractors shall submit invoices through the WAWF System at https://wawf.eb.mil/. (b)The Government will be using WAWF to accept/approve invoices and receiving reports. Payment will not be made unless and until both the contractor and the Government WAWF submissions are submitted and processed correctly. Contractor invoices must reflect the contract line item numbers (CLINs) contained in the contract. Proper invoices also must reflect the prices stipulated in the contract and the service or supply must be delivered, inspected and accepted. (c)An interactive self-paced training module is available for both contractor and Government personnel at http://wawftraining.com to learn how to use WAWF. WAWF also offers customer support and/or assistance at 1-866-618-5988. (d)The following codes will be required to route receiving reports and invoices correctly through WAWF. CONTRACT NUMBER:TBD TYPE OF DOCUMENT:COMBO CAGE CODE:TBD ISSUE BY DODAAC:W91247 ADMIN DODAAC:W91247 INSPECT BY DODAAC:TBA SERVICE ACCEPTOR/SHIP TO:TBA LOCAL PROCESSING OFFICE:N/A PAY OFFICE DODAAC:TBD 3. CONTRACT ADMINISTRATION: The Contract Administration Team can be changed by written notice to the Contractor and currently consist of the following members/individuals: (a) The Contracting Officer will be assigned from the Mission and Installation Contracting Command (MICC) Fort Bragg, North Carolina.; The Contractor will be provided the names of responsible personnel upon contract start and any time personnel change. (b) A Contract Specialist will be assigned from the Mission and Installation Contracting Command (MICC) Fort Bragg, North Carolina., serving in the capacity of Contract Administrator. (c) Individuals from the requiring activity serving in the capacity of Contracting Officer's Representative (COR) or Alternative Contracting Officer's Representative (ACOR). (vii)Clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, applies to this acquisition. Applicable clauses under FAR 52.212-5 are as follows (available at http://farsite.hill.af.mil): 52.203-6, Restrictions on Subcontracting Sales to the Government; 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards; 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-8, Utilization of Small Business Concerns; 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 Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-40, Notification of Employee Rights Under the National Labor Relations Act; 52.222-41, Service Contract Act of 1965; 52.222-42, Statement of Equivalent Rates for federal Employees; 52.222-50, Combating Trafficking in Persons; 52.2223-18, Contractor Policy to Ban Text Messaging while Driving; 52.225-13, Restrictions on Certain Foreign Purchases; 52.227-1, Authorization and Consent; 52.227-2, Notice and Assistance Regarding Patent and Copyright Infringement; 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration. Any resulting contract will be paid using the Wide Area Work Flow (WAWF) system at https://wawf.eb.mil/, 52.252-2 Clauses Incorporated by Full Text (website provided http://farsite.hill.af.mil). (xv) The following DFAR clauses apply to this acquisition: DFARS 252.204-7004, Alternate A Central Contractor Registration; DFARS 252.211-7003, Item Identification Valuation; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFARS 252.227-7015, Technical Data - Commercial Items. Applicable additional clauses under DFARS 252.212-7001 are as follows: FAR 52.203-3, Gratuities; DFARS 252.232-7003, Electronic Submissions of Payment Requests; 252.247-7023, Transportation of Supplies by Sea. (xvi)Additionally the following clauses are added to this combined synopsis/solicitation and considered applicable to this acquisition: 5152.209-4000, DoD Level Antiterrorism (AT) Standards (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 Officers 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. 5152.233-4000, AMC-Level Protest Program 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, 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 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 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. HQ Army Material Command Office of Command Counsel 9301 Chapel Rd, Room 2-1SE3401 Ft. Belvoir, VA 22060-5527 Facsimile number (703) 806-8866 or 8875 Packages sent by FedEx or UPS should be addressed to: HQ Army Material Command Office of Command Counsel Room 2-1SE3401 1412 Jackson Loop Ft. Belvoir, VA 22060-5527 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 AMC-Level Protest Procedures. This solicitation document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-50, Effective 6 March, 2011. Addendum to 52.212-1 Instructions to Offerors--Commercial Items JUN 2008: The submission content is as follows and must be submitted and arranged in the sequential order listed below: 1. Acknowledgment of Solicitation Amendments. The offeror must submit a statement to acknowledge solicitation amendments, if applicable. 2. Schedule of Pricing. The pricing schedule shall be submitted fully completed and error free. It shall contain the offeror's prices for the established Contract Line Item Numbers (CLINS) 0001 through 0002 and all subsequent option CLINs 1001 through 1002. Therefore, offerors should provide the proposed prices for the Base year and first option year. 3. See Contract Clause 52.204-99 (Dev) titled "System for Award Management Registration (Deviation). All contractors wishing to do business with the government shall possess a valid DUNS number and shall be registered in the System for Award Management (SAM). Contractors shall register online at www.sam.gov. For assistance, contractors can call toll free (866) 606-8220. 4. Technical Submission: The Technical Submission will clearly state the quoter's ability to meet the following evaluation criteria in addition to lowest price. (a) The quoter's understanding of the requirement, soundness of approach and executability of approach in relation to this PWS, to determine the level of risk and whether this quoter will be successful based on his expertise and qualifications. (b) A knowledge of the systems that are being maintained and repaired as stated in the PWS and the ability to perform all services on all equipment listed in the PWS and technical exhibit. 5. The apparent low offeror shall submit performance and banking information at the request of the Contracting Officer. This information will be used to determine that the contractor can meet the minimum standards for responsible contractors as defined in Federal Acquisition Regulation (FAR) 9.104-1. a.Past Performance. At the request of the Contracting Officer, the apparent low offeror must submit at least three (3) but no more than five (5) past performance references for recent and relevant contracts performed within the past three (3) years for the same or similar items required under the solicitation. Contracts may include those with federal, state and local Government as well as private companies. References must be of comparable magnitude and similar in nature to the work required under this solicitation. Each reference must include the following information: -Contract Number and contract dollar value, -The contract period of performance, -A brief description of the contract requirements, -The contract point of contact, telephone number, and facsimile number. b.Banking Information. At the request of the Contracting Officer, the apparent low offeror must submit the name and address of the offeror's bank or financial institution, and the name, title, and telephone number of the offeror's point of contact. The banking information may be used, in part, to determine responsibility. The Government may request information from the offeror's financial institution to determine that the offeror has adequate financial resources, or the ability to obtain the resources, to perform the contract requirements. The apparent low offeror should submit a statement authorizing the financial institution to release applicable information. 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) EVALUATION FACTORS FOR AWARD All proposals will be subject to an initial screening by the Contracting Officer to determine whether proposals are complete before being evaluated as detailed herein. Proposals that are considered substantively incomplete after initial screening may be rejected and offerors will be notified they are no longer eligible for further consideration. Offerors are advised that unsupported promises to comply with contractual requirements will not be sufficient. Additionally, a proposal that is unreasonable, unrealistic, or substantively incomplete in terms of price will not be considered for award. Furthermore, offers received for less than the stated number of items listed in the pricing schedule/Attachment 1 will be considered ineligible for award. (a) Basis for Award. 1. This is a best value source selection conducted in accordance with Federal Acquisition Regulation (FAR) 15.3, Source Selection, as supplemented by the Defense Federal Acquisition Regulation Supplement (DFARS), and the Army Federal Acquisition Regulation Supplement (AFARS). The award will be on an all or none basis and the Government reserves the right to award without discussions. The Government will award the contract to a contractor whose proposal represents the Lowest Price Technically Acceptable (LPTA) proposal after evaluation and in accordance with the solicitation. Only those proposals determined to be Technically Acceptable will be eligible for award. Offerors whose proposals are determined "Unacceptable" will not be further evaluated. For a proposal to be determined "Technically Acceptable" and receive consideration for award based upon low price submitted, the proposal must receive a rating of "Acceptable" for the technical acceptability factor/elements and past performance factor. 2. The Government will evaluate each price proposal using price analysis techniques delineated in FAR 15.404-1. Accordingly, the analytical techniques prescribed in FAR 15.404-1 may be used singly or in combination to ensure the price is fair and reasonable. Proposed prices evaluated as unreasonable may be grounds for eliminating a proposal from competition. Thus, the offeror's total price for the purpose of evaluation will include the base period and first option. Offerors are required only to price the base and first option. 3 The government intends to award one contract from this solicitation. 4. Discussions or Negotiations: It is the government's intent to award without discussions. Therefore, the offeror's initial proposal should contain its best terms from a price and technical standpoint. However, the government may request clarifications. The government reserves the right to hold discussions if the Contracting Officer later determines them to be necessary. Discussions, if any, will be conducted in accordance with FAR 52.215-1 and final offers will be evaluated in accordance with factors as were initial offers. The government may establish a competitive range based on initial technical evaluations and proposed price. If the Contracting Officer determines that the number of proposals that would otherwise be in the competitive range exceeds the number at which an efficient competition can be conducted, the Contracting Officer may limit the number of proposals in the competitive range to the greatest number that will permit an efficient competition among the most highly rated proposals. If the SLA is determined to be in the competitive range, direct negotiations will be conducted with the SLA and discussions with other offerors in the competitive range may not occur. 5. Award for All of the Work. The Government intends to award a single contract as a result of this solicitation. Offers received for less than the stated number of items listed in the Schedule will be considered ineligible for award. (b) Evaluation Criteria 1. Evaluation Criteria Factors and Subfactors. The proposals will be evaluated under two evaluation factors: Technical Acceptability, and Price. FACTOR 1 - Technical Acceptability: The Technical Submission evaluation provides an assessment of the offeror's capability to satisfy the Government's requirements. The evaluation will focus on the weaknesses, significant weaknesses, and deficiencies of the offeror's proposal. Assigning Ratings. Each Technical Submission element will receive "Acceptable" or "Unacceptable" rating as follows: RatingDescription AcceptableProposal clearly meets the minimum requirements of the solicitation UnacceptableProposal does not clearly meet the minimum requirements of the solicitation Subfactor 1:Quoter's understanding of the requirement The quoter's understanding of the requirement, soundness of approach and executability of approach in relation to this PWS, to determine the level of risk and whether this quoter will be successful based on his expertise and qualifications. Subfactor 2: Systems Knowledge A knowledge of the systems that are being maintained and repaired as stated in the PWS and the ability to perform all services on all equipment listed in the PWS and technical exhibit. FACTOR 2 - Price Price will not be assigned an adjectival rating; however, Price will be evaluated for reasonableness in accordance with FAR 15.404-1. The Government will award only one contract to the offeror whose technically acceptable proposal represents the lowest price to the Government. (c) 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). Offerors are required to price the base period and first option period. The Government will evaluate the contractor's technical proposal to ensure that it reflects a sound understanding of this requirement. Award Notice 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, whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/030dfbf18bc5fcf2fab36fe62dd7fbfe)
 
Place of Performance
Address: MICC Center - Fort Bragg Directorate of Contracting, ATTN: SFCA-SR-BR, Building 1-1333, Armistead & Macomb Streets Fort Bragg NC
Zip Code: 28310-5000
 
Record
SN02892037-W 20120922/120921001754-030dfbf18bc5fcf2fab36fe62dd7fbfe (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.