Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 05, 2013 FBO #4211
SOLICITATION NOTICE

J -- Electronic Security System Maintenance - Lenel Value Added Resellers

Notice Date
6/3/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
N00189 NAVSUP Fleet Logistics Center Norfolk 1968 Gilbert Street,Suite 600 NORFOLK, VA
 
ZIP Code
00000
 
Solicitation Number
N0018913T0125
 
Response Due
6/11/2013
 
Archive Date
6/26/2013
 
Point of Contact
Morgan Byrum 757-443-1391
 
Small Business Set-Aside
N/A
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The RFQ number is N00189-13-T-0125. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-66 and DFARS Change Notice 20130522. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 561621 and the Small Business Standard is $12.5M. The proposed contract action is for a brand name only. The brand name of the services is: LENEL VALUE ADDED RESELLERS (VARs). In accordance with FAR 5.102(a)(6), the required justification or documentation is attached. The NAVSUP Fleet Logistics Center Norfolk requests responses from qualified sources capable of providing: Lenel Security System Corrective and Preventive Maintenance as provided in the attached PWS. Period of performance is 17 June 2013 “ 16 June 2014 with two (2) one-year option periods; Place of Performance will take place at several buildings located on the Naval Support Activity (NSA), Norfolk at 1562 Mitscher Avenue Norfolk, Virginia: Buildings NH-1, 2, 3, 4, 20, 25, 28, 36, 38, 39, 45, 46, 95, and 140; and Naval Station, Norfolk (NSN) at 1751 Morris Street, Norfolk, Virginia: Building D-29. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provision and clauses are applicable to this procurement: 52.204-7, Central Contractor Registration 52.204-9, Personal Identity Verification of Contractor Personnel 52.204-13, Central Contractor Registration Maintenance 52.212-1, Instructions to Offerors - Commercial Items; 52.212-2, Evaluation “ Commercial Items 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items [list the clauses that apply]; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I 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. 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns 52.219-8, Utilization of Small Business Concerns 52.219-28, Post Award Small Business Program Rerepresentation 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 52.222-37, Employment Reports on Veterans 52.222-40, Notification of Employee Rights Under the National Labor Relations 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer 52.222-41, Service Contract Act of 1965 52.222-42, Statement of Equivalent Rates for Federal Hires 52.222-43, Fair Labor Standards Act and Service Contract Act “ Price Adjustment 52.222-17, Nondisplacement of Qualified Workers 52.217-5, Evaluation of Options 52.217-8, Option to Extend Services 52.217-9, Option to Extend the Term of the Contract 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran “ Representation and Certifications 52.233-2, Service of Protest 52.237-2, Protection of Government Buildings, Equipment, and Vegetation 52.247-34, F.O.B. Destination 52.252-1, Solicitation Provisions Incorporated by Reference 52.252-2, Clauses Incorporated by Reference Quoters are reminded to include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: DFARS 252.201-7000, Contracting Officer ™s Representative DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials DFARS 252.204-7003, Control of Government Personnel Work Product DFARS 252.204-7004 Alt A, Central Contractor Registration Alternate A DFARS 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country DFARS 252.209-7004, Subcontracting With Firms That Are Owned or Controlled By The Government of a Terrorist Country DFARS 252.209-7995, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law “ Fiscal Year 2013 DFARS 252.209-7997, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law “ DoD Appropriations DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.225-7001, Buy American and Balance of Payments Program 252.225-7012, Preference for Certain Domestic Commodities 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel 252.247-7023, Transportation of Supplies by Sea DFARS 252.215-7007, Notice of Intent to Resolicit DFARS 252.215-7008, Only One Offer DFARS 252.223-7008, Prohibition of Hexavalent Chromium DFARS 252.225-7000, Buy American “ Balance of Payments Program Certificate DFARS 252.225-7002, Qualifying Country Sources As Subcontractors DFARS 252.232-7006, Wide Area Workflow Payment Instructions DFARS 252.232-7010, Levies on Contract Payments 5252.204-9400, Contractor Access to Federally Controlled Facilities and/or Unclassified Sensitive Information or Unclassified IT Systems 5252.243-9400, Authorized Changes Only By The Contracting Officer Enterprise-wide Contractor Manpower Reporting Application IAW 5237.102(90) This announcement will close at 12:00 PM (EST) on Tuesday, 11 June 2013. Contact Morgan Byrum who can be reached at 757-443-1391 or email Morgan.Byrum@navy.mil. A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. In accordance with FAR 52.212-1 entitled śInstructions to Offerors “ Commercial Items ť the Government intends to award a single Firm Fixed Price contract, resulting from this solicitation to the responsible offeror whose proposal represents the best value after evaluation in accordance with the requirements set forth in the solicitation. The offerors proposal shall be in the form prescribed by and shall contain a response to each of the areas identified in solicitation provision FAR 52.212-1 entitled śInstructions to Offerors-Commercial Items ť and its requisite Addendum. The Government intends to award a contract without discussions using streamlined evaluation procedures for evaluation and solicitation as described in FAR 12.6. The establishment of a competitive range is not anticipated. Accordingly, each Offeror should submit its most favorable terms from a technical, past performance and price standpoint. However, the Government reserves the right to establish a competitive range and conduct discussions if later determined by the PCO to be necessary. The following streamlined evaluation shall be used to evaluate offers: Lowest Price Technically Acceptable (LPTA). This process was determined the most appropriate method of attaining the best value for the Government through the selection of the technically acceptable proposal with the lowest evaluated price. In order to be considered awardable, there must be an śAcceptable ť rating in every non-price factor. LPTA non-price factors for this requirement will consist of: Technical and Past Performance Acceptability with subfactors under Past Performance consisting of Relevancy and Quality. Tradeoffs will not be used during the source selection process. Proposals will be evaluated for acceptability. Accordingly, the following factors shall be used to evaluate proposals: Technical (Acceptable/Unacceptable) Past Performance (Acceptable/Unacceptable) Price 1.Technical Acceptability “ The technical proposal will be evaluated on the Offeror ™s demonstrated understanding of the Request for Proposal (RFP) and how its approach will successfully accomplish the requirements of the RFP. The technical proposals will be rated acceptable or unacceptable using the ratings and descriptions outlined in the table below. All unacceptable technical proposals will not be further evaluated. Each Offeror ™s technical proposal shall address the following: The Offeror shall have a minimum security clearance of SECRET. The Offeror shall be a Certified Lenel Value Added Reseller (VAR) as to not affect warranties and proprietary information requirements. oThe offeror shall provide with its proposal its certification as a Certified Lenel Value Added Reseller. The Offeror shall describe its approach to accomplishing the requirements of the PWS. oThis approach shall provide a demonstration of the Offeror ™s understanding of, and familiarity with, the specific requirements of the PWS. oThe Offeror ™s approach should be discussed in sufficient detail for the Government to ascertain the Offeror ™s understanding of the requirement and ability to perform the required tasks, and shall convince the Government that the Offeror is capable of fully providing the services identified in the PWS. In order to be considered Acceptable, Offeror ™s must receive an acceptable rating for the technical proposal in its entirety. The Government will evaluate the Offeror ™s Technical Approach based on the information received in the Offeror ™s written proposal. The Government will evaluate each Offeror ™s technical proposal in accordance with the ratings table below: Table A-1. Technical Acceptable/Unacceptable Ratings RatingDescription AcceptableProposal clearly meets the minimum requirements of the solicitation. UnacceptableProposal does not clearly meet the minimum requirements of the solicitation. 2.Past Performance Acceptability “ The past performance evaluation results is an assessment of the offeror ™s probability of meeting the minimum past performance solicitation requirements. This assessment is based on the offeror ™s record of relevant and recent past performance information that pertains to the services outlined in the solicitation requirements. Past Performance will be rated on an acceptable or unacceptable basis using the ratings and descriptions outlined in the table below: Table A-2. Past Performance Evaluation Ratings RatingDescription AcceptableBased on the offeror ™s performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort, or the offeror ™s performance record is unknown. (See note below) UnacceptableBased on the offeror ™s performance record, the Government has no reasonable expectation that the offeror will be able to successfully perform the required effort. Note: In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available or so sparse that no meaningful past performance rating can be reasonably assigned, the offeror may not be evaluated favorably or unfavorably on past performance (see FAR 15.305(a)(2)(iv)). Therefore, the offeror shall be determined to have unknown past performance. In the context of acceptability/unacceptability, śunknown ť shall be considered śacceptable. ť In order to facilitate the Government ™s evaluation of this factor, the offeror shall identify no more than three (3) previous contracts whose effort was relevant to the effort required by this solicitation; the contracts provided should have been performed within the last three (3) years. Evaluation will focus only on work experience already performed. Work yet-to-be performed and work prior to the last three (3) years will not be considered. In addition, performance data will only be assessed for those references demonstrating at least 1 year of completed performance prior to the closing date of the solicitation. Offerors who present similar contracts/orders should provide a detailed explanation demonstrating the relevance of the contracts/orders to the requirements of the solicitation. The references will be evaluated in the aggregate in order to allow offers who may not have the entire scope or magnitude under one individual contract or task order to still be considered acceptable if experience with the full scope and magnitude or the requirement can be demonstrated within the allotted number of references as described above. In order to verify past performance information and determine the quality of the past performance submission, the Government may contact some or all of the references provided, as appropriate, and may collect information through questionnaires (i.e. the Past Performance Report Form), telephone interviews, and existing data sources to include, but not limited to, CPARS. The Government reserves the right to obtain information for use in the evaluation of past performance from any and all sources including sources outside of the Government. This past performance information will be used for the evaluation of past performance. There are two (2) aspects/subfactors of past performance evaluation: 1)The first is to evaluate whether the offeror ™s present/past performance is relevant or not relevant to the effort to be acquired. In establishing what is relevant for the acquisition, consideration should be given to what aspects of an offeror ™s contract history would give the most confidence that the offeror will satisfy the current procurement. 2)The second aspect of the past performance evaluation is to determine how well the contractor performed on the contracts. The past performance evaluation performed in support of a current source selection does not establish, create, or change the existing record and history of the offeror ™s past performance on past contracts; rather, the past performance evaluation process gathers information from customers on how well the offeror performed those past contracts. 3.Price “ The Offeror ™s price submission shall include a complete and signed solicitation form, and if applicable, an executed copy of Amendments. The Government will evaluate pricing information submitted in accordance with the solicitation ™s Addendum 52.212-1 INSTRUCTIONS TO OFFERORS by comparing it to other Offeror ™s prices or by using any other price comparison techniques deemed to be in the Government ™s best interest by the Contracting Officer. Price will be evaluated by the contracts personnel to determine fairness and reasonableness through the most appropriate method available pursuant to FAR Part 15.403-1. The total evaluated price will support the selection of the lowest priced technically acceptable offer. The Government will evaluate offers for award purposes by adding total price for the base year and all options years, including 52.217-8 Option to Extend Services. Evaluation of options shall not obligate the Government to exercise the option(s). For the purposes of preparing a price proposal, the Offeror shall assume that the basic period of performance shall be 12 months from date of award with two (2) 12-month option periods. The Government anticipates award on or around 30 May 2013; however, this date is subject to change. Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. ******* End of Combined Synopsis/Solicitation ********
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N0018913T0125/listing.html)
 
Record
SN03078644-W 20130605/130603235220-62d9cdabc696fdd353cb7c1159a9920c (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.