Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 25, 2014 FBO #4779
MODIFICATION

J -- Fire Protection Systems Maintenance and Support

Notice Date
12/23/2014
 
Notice Type
Modification/Amendment
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Other Defense Agencies, Defense Microelectronics Activity, Defense Microelectronics Activity, 4234 54th Street, McClellan, California, 95652, United States
 
ZIP Code
95652
 
Solicitation Number
HQ0727-15-Q-0001
 
Archive Date
1/23/2015
 
Point of Contact
Joseph Hetrick, Phone: 9169992745
 
E-Mail Address
joseph.hetrick@dmea.osd.mil
(joseph.hetrick@dmea.osd.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Combined Synopsis/Solicitation Fire Protection Systems Maintenance and Support 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 solicitation is issued as a request for quote, reference number HQ0727-15-Q-0001. The government intends to issue a firm fixed-price purchase order for services. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-77 and any additional clauses/provisions/requirements required by law or statute. Set Aside: This contract action is unrestricted. The NAICS code is 561621. Project Summary: The purpose of this task is to maintain the functionality and ensure compliance with all applicable fire codes for the testing, maintenance, etc. of the fire alarm systems, wet pipe and pre-reaction systems, and fire extinguishers at the DMEA campus. Under this contract, the contractor shall provide all, equipment, tools, materials, supervision, and all other items and services necessary to perform preventive and remedial (emergency & non-emergency) maintenance work on all fire protection equipment as defined in the attached SOW and provided at the site visit, including the skills, equipment and software to program DMEA Siemens fire alarm panels. Site Visit: A site visit will be held at 10:00 am on Monday, 29-Decemberber-2014. DMEA is a secure DoD facility and, as such, our security and safety system information will not be posted publicly. In order to be eligible to submit an offer for this project, the contractor must attend the site visit, where they can view the facility and obtain information about our fire protection system. Contractors who intend to attend the site visit must submit their name, company name, country of citizenship, and driver's license number to joseph.hetrick@dmea.osd.mil no later than 8:00am Monday, 29-December-2014. As a DoD facility, all contractor personnel on-site must be US citizens and must be escorted by government personnel at all times. Offer Due Date: Offers shall be submitted NLT 2:00 p.m. (Pacific Time), Thursday, January 8, 2015. Offers received after this date and time will not be considered for award. Period of Performance: Base + 4 Option Years (01 Feb 2014 - 31 Jan 2019) Performance Location: Defense Microelectronics Activity Attn: Dean Eppley 4234 54th Street McClellan, CA 95652 Offeror Submission Instructions: Contractor quotes shall specifically address the following areas: 1. Technical Capability: Please provide a brief (1 page max) capabilities statement identifying your capabilities in providing the services described in the SOW. Please specifically address your capability in providing maintenance/repairs for Siemens brand fire alarm and sprinkler systems, including your ability and/or experience in working with Siemens proprietary software. Please provide a brief description of your firm's ablility to meet the 2 hour emergency response time. 2. Past Performance: a. Please provide examples of 3 similar projects completed by your firm within the last 3 years which demonstrate your company's experience in performing fire protection system maintenance. b. For each project, please include: i. Locations supported ii. Models of fire protection equipment supported iii. Work performed and duration of the work iv. Customer point of contact and telephone number 3. Price: a. Provide pricing for the quarterly, semiannual and annual preventative maintenance for each of the 5 years. b. Provide labor rates for all labor categories expected to be used for remedial and over-and-above work. Government Evaluation: The Government will award a contract to the lowest priced, technically acceptable offeror whose offer conforming to the solicitation will be most advantageous to the Government. The following factors shall be used to evaluate offers: 1. Technical Capability: In order to be considered technically capable offerors must make clear their capability to meet the requirements in the statement of work. a. Lack of capability to maintain and repair fire alarm systems, sprinkler systems, pre-reaction systems, or fire extinguishers will make the offer technically unacceptable. b. Lack of experience with Siemens fire products will make the offer technically unacceptable and ineligible for award. c. A lack of demonstrated ability to meet the required 2 hour emergency response time will make the offeror technically unacceptable and ineligible for award. 2. Past Performance: The Government will verify the offeror demonstrated minimum 3 years' experience in maintaining fire protection systems of a similar size (or larger) than those contemplated under this combined synopsis/soliciation. DMEA will contact offerors previous customers to verify how successful the offeror's firm was in servicing the identified fire protection systems under those contracts. a. Lack of experience with comparable projects will result in the offeror being deemed technically unacceptable and ineligible for award. b. Unsatisfactory performance on previous contracts will result in the offeror being deemed technically unacceptable and ineligible for award. 3. Price: Quotes will be evaluated to ensure that all labor rates proposed are consistent with industry practices and historical prices paid by the Government for similar services. The Government will verify that the number of hours proposed for completing preventative maintenance work is consistent with industry practices and the Government's experience on similar work. Representations and Certifications: To be eligible for contract award, vendors must be registered in the System for Award Management (SAM): www.SAM.gov. If not registered at this time, vendors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with their quote. If a prospective successful offeror cannot become registered by two (2) weeks after the date proposals are due, their quote will be considered non-responsive and award will be made to the next lowest-priced technically acceptable offeror. Quality Assurance: Because DMEA is a secure facility, DMEA staff will escort all maintenance workers around the facility and during performance. Upon completion, the COR will inspect all work to ensure all maintenance was performed, all necessary repairs were made, and that the system is functioning properly. When remedial emergency maintenance is required, DMEA will contact the contractor to schedule the repair work. If the Government determines that the cause of any needed repairs is the fault of the contractor, the repairs shall be made at no cost to the Government. Contracting POC: Joseph Hetrick, joseph.hetrick@dmea.osd.mil Contracting Office Address: 4234 54th Street, McClellan, CA 95652 Attachments: 1. Statement of Work 15-5A9 2. Wage Determination 2005-2055 Rev.16 The following FAR/DFARS clauses/provisions apply to this procurement: 52.212-1, Instructions to Offerors - Commercial; 52.212-3, Offeror Representations and Certifications-Commercial Items; 52.212-4, Contract Terms and Conditions-Commercial Items 52.212-5 (Deviation 2013-O0019), Contract Terms and Conditions required to Implement Statutes or Executive Orders-Commercial Items 52.217-8, Option to Extend Services 52.217-9, Option to Extend the Term of the Contract 52.219-1, Small Business Program Representations 52.219-28 Post Award Small Business Program Rerepresentation 52.233-3, Protest After Award 52.237-1 Site Visit 52.252-1, Solicitation Provisions Incorporated by Reference 52.252-2, Clauses Incorporated by Reference 52.252-6, Authorized Deviations in Clauses 52.253-1, Computer Generated Forms 252.201-7000, Contracting Officer's Representative 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.203-7005, Representation Relating to Compensation of Former DoD Officials 252.204-7004, Alternate A, System for Award Management 252.223-7008, Prohibition of Hexavalent Chromium 252.225-7048, Export-Controlled Items 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.232-7006, Wide Area WorkFlow Payment Instructions 252.232-7009 Mandatory Payment by Governmentwide Commercial Purchase Card 252.232-7010, Levies on Contract Payments 252.236-7000, Modification Proposals--Price Breakdown 252.236-7001, Contract Drawings and Specifications 252.244-7000, Subcontracts for Commercial Items 252.246-7003 Notification of Potential Safety Issues 252.247-7023, Transportation of Supplies by Sea
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DMEA/DMEA/HQ0727-15-Q-0001/listing.html)
 
Place of Performance
Address: See above, McClellan, California, 95652, United States
Zip Code: 95652
 
Record
SN03603340-W 20141225/141223234348-be00cf05abb7a3a36b5fa0efc4284473 (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.