SOLICITATION NOTICE
63 -- Four (4) Explosive proof, External Surveillance Cameras; Installation, and Preventative Maintenance/Repair
- Notice Date
- 5/13/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811211
— Consumer Electronics Repair and Maintenance
- Contracting Office
- ACC-RSA-LEAD - (SPS), ATTN: AMSAM-LE-KO, 1 Overcash Avenue, Bldg 2, Chambersburg, PA 17201-4152
- ZIP Code
- 17201-4152
- Solicitation Number
- W911N214Q0003
- Response Due
- 6/10/2014
- Archive Date
- 7/12/2014
- Point of Contact
- Kevin Duffy, 717 267-8938
- E-Mail Address
-
ACC-RSA-LEAD - (SPS)
(kevin.duffy4@us.army.mil)
- Small Business Set-Aside
- Total 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. This is a Request for Quotation (RFQ) W911N2-14-Q-0003for the purchase and installation of a set of four (4) Explosive proof, external surveillance cameras; installation, and Preventative Maintenance and Repair Services. This solicitation is a 100% Small Business Set Aside. The anticipated award will be a Firm Fixed Price Contract; the award will be made based on the lowest price; technically acceptable. The solicitation shall incorporate provisions and clauses that are in effect through Federal Acquisition Circular FAC 2005-51. The North American Industry Classification System (NAICS) code is 811211. The SB size standard for this code is 7 Million Dollars. Name Brand or Equal with the following minimum specifications: CLIN 0001 - EXPLOSIVE PROOF, EXTERNAL SURVEILLANCE CAMERAS EQUAL TO VEILUX MODEL SVEX-W125 (2M CCTV - MFR), AND RELATED EQUIPMENT; INCLUDING INSTALLATION COMMENSURATE WITH THE REQUIREMENTS CONTAINED IN SECTIONS 5.1, 5.2 AND 5.3 OF ATTACHMENT 1, PWS QTY (4) EA. PERIOD OF PERFORMANCE WILL BEGIN 30 DAYS AFTER AWARD. CLIN 0002 - PREVENTATIVE MAINTENANCE: PROVIDE ALL LABOR, SERVICES, MATERIAL, TOOLS AND EQUIPMENT TO PERFORM ON-SITE PREVENTATIVE MAINTENANCE (PM) FOR THE CAMERAS IN ACCORDANCE WITH THE PWS; WORK TO BE PERFORMED ONCE PER YEAR, AS SCHEDULED BY LEMC, INCLUDES ALL COSTS FOR LABOR, TRAVEL, RENTAL CAR, PER DIEM AND LODGING; COMMENSURATE WITH THE REQUIREMENTS CONTAINTED IN SECTION 5.2 AND 5.3 OF ATTACHMENT 1, PWS QTY (1) EA. PERIOD OF PERFORMANCE WILL BE FOR (1) YEAR AND DETERMINED AT TIME OF AWARD. CLIN 0003- TWENTY-FOUR (24) HOUR REPAIRS: PROVIDE ALL LABOR, SERVICES, MATERIAL, TOOLS AND EQUIPMENT TO PERFORM ON-SITE REPAIR SERVICE FOR THE CAMERAS OR REPLACE AND INSTALL WITH NEW AS DETERMINED BY LEMC, COMMENSURATE WITH THE REQUIREMENTS CONTAINTED IN SECTION 5.2 AND 5.3 OF ATTACHMENT 1, PWS QTY (4) EA. PERIOD OF PERFORMANCE WILL BE FOR (1) YEAR AND DETERMINED AT TIME OF AWARD. CLIN 0004 - PARTS (DO NOT QUOTE): PROVIDE ALL PARTS TO PERFORM ON-SITE PREVENTATIVE MAINTENANCE (PM) AND 24 HOUR REPAIR FOR THE CAMERAS INCLUDING REPLACING UNITS IF WARRANTED BY LEMC, COMMENSURATE WITH THE REQUIREMENTS CONTAINTED IN SECTION 5.2 AND 5.3 OF ATTACHMENT 1, PWS NTE $12,000. PERIOD OF PERFORMANCE WILL BE FOR (1) YEAR AND DETERMINED AT TIME OF AWARD. CLIN 0005- MANPOWER REPORTING REQUIREMENTS QTY (1) EA. PERIOD OF PERFORMANCE WILL BE FOR (1) YEAR AND DETERMINED AT TIME OF AWARD. CLIN 1002 - PREVENTATIVE MAINTENANCE: PROVIDE ALL LABOR, SERVICES, MATERIAL, TOOLS AND EQUIPMENT TO PERFORM ON-SITE PREVENTATIVE MAINTENANCE (PM) FOR THE CAMERAS IN ACCORDANCE WITH THE PWS; WORK TO BE PERFORMED ONCE PER YEAR, AS SCHEDULED BY LEMC, INCLUDES ALL COSTS FOR LABOR, TRAVEL, RENTAL CAR, PER DIEM AND LODGING; COMMENSURATE WITH THE REQUIREMENTS CONTAINTED IN SECTION 5.2 AND 5.3 OF ATTACHMENT 1, PWS QTY (1) EA. PERIOD OF PERFORMANCE WILL BE FOR (1) YEAR AND DETERMINED AT TIME OF AWARD. CLIN 1003- TWENTY-FOUR (24) HOUR REPAIRS: PROVIDE ALL LABOR, SERVICES, MATERIAL, TOOLS AND EQUIPMENT TO PERFORM ON-SITE REPAIR SERVICE FOR THE CAMERAS OR REPLACE AND INSTALL WITH NEW AS DETERMINED BY LEMC, COMMENSURATE WITH THE REQUIREMENTS CONTAINTED IN SECTION 5.2 AND 5.3 OF ATTACHMENT 1, QTY (4) EA. PERIOD OF PERFORMANCE WILL BE FOR (1) YEAR AND DETERMINED AT TIME OF AWARD. CLIN 1004 - PARTS (DO NOT QUOTE): PROVIDE ALL PARTS TO PERFORM ON-SITE PREVENTATIVE MAINTENANCE (PM) AND 24 HOUR REPAIR FOR THE CAMERAS INCLUDING REPLACING UNITS IF WARRANTED BY LEMC, COMMENSURATE WITH THE REQUIREMENTS CONTAINTED IN SECTION 5.2 AND 5.3 OF ATTACHMENT 1, PWS NTE $12,000. PERIOD OF PERFORMANCE WILL BE FOR (1) YEAR AND DETERMINED AT TIME OF AWARD. CLIN 1005- MANPOWER REPORTING REQUIREMENTS QTY (1) EA. PERIOD OF PERFORMANCE WILL BE FOR (1) YEAR AND DETERMINED AT TIME OF AWARD. CLIN 2002 - PREVENTATIVE MAINTENANCE: PROVIDE ALL LABOR, SERVICES, MATERIAL, TOOLS AND EQUIPMENT TO PERFORM ON-SITE PREVENTATIVE MAINTENANCE (PM) FOR THE CAMERAS IN ACCORDANCE WITH THE PWS; WORK TO BE PERFORMED ONCE PER YEAR, AS SCHEDULED BY LEMC, INCLUDES ALL COSTS FOR LABOR, TRAVEL, RENTAL CAR, PER DIEM AND LODGING; COMMENSURATE WITH THE REQUIREMENTS CONTAINTED IN SECTION 5.2 AND 5.3 OF ATTACHMENT 1 PWS QTY (1) EA. PERIOD OF PERFORMANCE WILL BE FOR (1) YEAR AND DETERMINED AT TIME OF AWARD. CLIN 2003- TWENTY-FOUR (24) HOUR REPAIR: PROVIDE ALL LABOR, SERVICES, MATERIAL, TOOLS AND EQUIPMENT TO PERFORM ON-SITE REPAIR SERVICE FOR THE CAMERAS OR REPLACE AND INSTALL WITH NEW, AS DETERMINED BY LEMC, COMMENSURATE WITH THE REQUIREMENTS CONTAINTED IN SECTION 5.2 AND 5.3 OF ATTACHMENT 1, QTY (4) EA. PERIOD OF PERFORMANCE WILL BE FOR (1) YEAR AND DETERMINED AT TIME OF AWARD. CLIN 2004 - PARTS (DO NOT QUOTE): PROVIDE ALL PARTS TO PERFORM ON-SITE PREVENTATIVE MAINTENANCE (PM) AND 24 HOUR REPAIR FOR THE CAMERAS INCLUDING REPLACING UNITS IF WARRANTED BY LEMC, COMMENSURATE WITH THE REQUIREMENTS CONTAINTED IN SECTION 5.2 AND 5.3 OF ATTACHMENT 1, PWS NTE $12,000. PERIOD OF PERFORMANCE WILL BE FOR (1) YEAR AND DETERMINED AT TIME OF AWARD. CLIN 2005- MANPOWER REPORTING REQUIREMEN QTY (1) EA. PERIOD OF PERFORMANCE WILL BE FOR (1) YEAR AND DETERMINED AT TIME OF AWARD. All items shall be delivered to Letterkenny Army Depot, Chambersburg, PA 17201. Provision at FAR 52.212-1, Instruction to Offerors Commercial Items (JUN 2008) applies to this acquisition. The following addenda is provided to this provision: Request for Quotation should be submitted and shall contain the following information: Solicitation Number; Time Specified for receipt of offers; Name; Address; Telephone Number of Offeror; Terms of the expressed warranty; Price, Payment terms, Any discount terms, F.O.B. destination, CAGE code, DUNS number, Tax ID number and acknowledgement of all solicitation amendments. Quotes must indicate quantity, unit price and total amount. Offerors that fail to furnish the required information, or reject the terms and conditions of the solicitation may be excluded from consideration. Offerors shall electronically complete FAR 52.212-3 Offeror Representation and Certification- Commercial Items at www.bpu.gov/orca FAR 52.204-7 System for Award Management (JUL 2013) FAR 52.204-9 Personal Identity Verification of Contracting Personnel (SEPT 2007) FAR 52.211-6 Brand Name or Equal (AUG 1999) FAR 52.212-4 Contract Terms and Conditions-Commercial Items (SEP 2013); FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (SEP 2013) (DEVIATION) FAR 52.217-8 Option to Extend Services (NOV 1999) FAR 52.217-9 Option to Extend the Term of the Contract (MAR 2000) FAR 52.219-6 Notice of Total Small Business Set-Aside (MAR 2012) FAR 52.219-28 Post-Award Small Business Program Representation (JUL 2013) FAR 52.222-3 Convict Labor (June 2003); FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (JAN 2014); FAR 52.222-26 Equal Opportunity (MAR 2007); FAR 52.222-21 Prohibition of Segregated Facilities (FEB 1999); FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2010) FAR 52.222-36 Affirmative Action for Workers with Disabilities (OCT 2010) FAR 52.222-41 Service Contract Act of 1965 (NOV 2007); FAR 52.222-50 Combating Trafficking in Persons (FEB 2009); FAR 52.223-18 Contractor Policy to Ban Text Messaging While Driving (AUG 2011); FAR 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (JUL 2013)(31 U.S.C. 3332); FAR 52.233-3 Protest after Award (Aug. 1996); FAR 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) FAR 52.237-1 Site Visit (APR 1984); FAR 52.247-34 F.o.b Destination (NOV 1991); FAR 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998); FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998); FAR 52.252-5 Authorized Deviations in Provisions (APR 1984); FAR 52.252-6 Authorized Deviations in Clauses (APR 1984) DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (SEP 2013); DFARS 252.204-7004 Alternate A, System for Award Management (MAY 2013); DFARS 252.211-7003 Item Identification and Valuation (DEC 2013) DFARS 252.225-7001 Buy American and Balance of Payments Program (DEC 2012) DFARS 252.232-7003 Electronic Submission of Payment Requests (JUN 2012); DFARS 252.232-7006 Wide Area Workflow Payment Instructions ( MAY 2013); DFARS 252.243-7001 Pricing Of Contract Modifications (Dec 1991); DFARS 252.247-7023 Alt III Transportation of Supplies by Sea (MAY 2002) Facsimile and email offers will be accepted. Point of contact for this solicitation is Kevin Duffy, 717-267-8938, FAX: 717-267-9834, e-mail kevin.a.duffy4.civ@mail.mil. IMPORTANT NOTICES: 1) RFQ submission must be in accordance with solicitation; 2) Offerors must be registered in the System for Award Management (SAM) to be eligible for award. 3) All Amendments, if applicable, must be acknowledged; 4) Questions concerning this notice should be submitted in writing to the Point of Contact as indicated in this announcement; 5) Contractors who respond directly to ASFI will not be considered responsive. 6) The closing period for questions is 06 JUN 2014, 10:00 A.M Eastern Standard Time. Questions received after this time and date will be answered at the sole discretion of the Government; 7) Wage Determination: No.: 2005-2249, Revision No.: 13 dated 06/19/2013 and will be incorporated in any ensuing contract. Wage Determination can be viewed at http://www.wdol.gov. 8. Response Time- Request for Quotation will be accepted at Letterkenny Army Depot, Chambersburg, PA 17201 not later than 10:00 A.M. Eastern Daylight Time on 10 JUN 2014. All quotes must be marked with RFQ number and title and accompanied with a signed/dated copy of this combined synopsis/solicitation and all amendments. Email quotes will be accepted. A site visit has been scheduled for 03 JUN 14 10:00 P.M. Site visit attendance is urged but is not mandatory. Failure to attend the site visit shall not be reason for price increases to the contract after award. Submit names of all attendees to Kevin Duffy. In order to obtain a visitor's pass, attendees must provide the following information -name, date of birth, social security number. Submit the information no later than 23 MAY 2014. Contractors who do not submit this information will not be given access to the site; Building 3315; 1 Overcash Avenue; Chambersburg PA 17201-4150. Offerors are required to obtain a visitor's pass from the Main Gate, prior to arriving at Building 2 South. Please allow at least 45 minutes for this process. You must provide a current picture identification, vehicle registration, and proof of insurance to obtain a pass. Electronic funds transfer (EFT) is the method of payment. This can be established through Wide Area Work Flow (WAWF). 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: Lowest Price; Technically Acceptable and Past Performance. The Government intends to evaluate and award a contract without discussions with offerors. Offerors must include three references citing contract performance maintaining similar cameras and certifications of repair capability with their offer. (b) 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) ADENDUM TO FAR 52.212-2 Technical acceptability shall be based on compliance with the required technical components identified in Attachment I. Offerors, must provide sufficient information and detail to demonstrate the equipment offered are Brand Name or Equal commensurate with the requirements listed in Attachment I. All offers that do not clearly establish technical acceptance in compliance with the above will be removed from further consideration. F52.222-42 STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES (MAY 1989) In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. THIS STATEMENT IS FOR INFORMATION ONLY: IT IS NOT A WAGE DETERMINATION Employee ClassMonetary Wage-Fringe Benefits GS-11 $24.30 (End of clause) L2. 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 General Accounting 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 resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in Federal Acquisition Regulation 33.103. Send protests (other than protests to the contracting officer) to: Protest to HQ, AMC shall be filed at: 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: www.amc.army.mil/amc/command_counsel/protestlink.htm If internet access is not available contact the contracting officer or HQ, AMC to obtain the AMC-Level Protest Procedures. H2. INSURANCE (Fixed Price Contract) Pursuant to the requirements of the contract clause titled quote mark Insurance-Work on a Government Installation quote mark, the contractor shall obtain and maintain at least the following kinds of insurance and minimum liability coverage during any period of contract performance: a. Workmen's Compensation and occupational disease coverage as required by law except that, if this contract is to be performed in a state which does not require or permit private insurance, then compliance with the statutory or administrative requirements in any such state will be satisfactory. The required Workmen's Compensation Insurance shall extend to cover employers' liability for accidental bodily injury or death and for occupational disease with a minimum liability limit of $100,000. b. Comprehensive General Liability Insurance in the minimum limit of $500,000 per occurrence for bodily injury liability. c. Comprehensive Automotive Liability Insurance with minimum limits of $200,000 per person and $500,000 per occurrence for bodily injury, and a minimum limit of $20,000 per occurrence for property damage. L16CONTRACTOR MANPOWER REPORTING REQUIREMENT quote mark The office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site to capture all direct labor hours and direct labor dollars incurred by prime contractors and subcontractors required for performance of this contract. The prime contractor is required to provide the information addressed in the contractor user guide at the following web address: quote mark https://contractormanpower.army.pentagon.mil. quote mark The required information includes Contract Number, Delivery or Task Order Number (if applicable), Direct Labor Hours, Direct Labor Dollars, Country, State, Zip Code, City or Installation of Service, Total Obligated Dollars, Total Invoiced Amount, Contractor Company Name, Contractor Point of Contact First and Last Name, Phone Number and Email Address. The Contractor agrees to include, and require inclusion of, this term in sub-contracts at any tier under this Contract (except to vendors providing goods and no services other than incidental services). NOTE: Subcontractors will not enter any contract level information, only location data to include direct labor hours, direct labor dollars and location where provided. While the Contracting Officer's Representative (COR) will normally establish the contract record at the above web address, the prime contractor may establish the record. UNIT IDENTIFICATION CODES WHICH APPLY TO LETTERKENNY ARMY DEPOT ARE AS FOLLOWS: W0H91Q Field Office IMMC W0L6AA USA Depot Letterkenny W39Z02 OSC LEAD Munitions W459AA USA TMDE L21 PACKING SLIPS All deliveries shall include a packing list that references the contract/order number. This applies to packing slips from 3rd party/drop ship vendors. Failure to include the contract/ order number in the packing list will result in payment delays and the possibility of rejected deliveries.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/682a69bb0a23122225ec344b4393486c)
- Place of Performance
- Address: ACC-RSA-LEAD - (SPS) ATTN: CCAM-ALK, 1 Overcash Avenue, Bldg 2 Chambersburg PA
- Zip Code: 17201-4152
- Zip Code: 17201-4152
- Record
- SN03364410-W 20140515/140514021513-682a69bb0a23122225ec344b4393486c (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 |