SOLICITATION NOTICE
J -- Security Systems Maintenance for Commander, U.S. Naval Air Forces, Atlantic (CNAL) Buildings NH-1, NH-1A, NH-6, NH-7, NH-14, NH-15, NH-16, NH-17 and V88
- Notice Date
- 4/22/2015
- 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
- N0018915T0154
- Response Due
- 4/30/2015
- Archive Date
- 5/15/2015
- Point of Contact
- Khos Rentsendorj 757-443-1439
- Small Business Set-Aside
- N/A
- Description
- SECURITY SYSTEMS MAINTENANCE FOR COMMANDER, U.S. NAVAL AIR FORCES, ATLANTIC (CNAL) BUILDINGS NH1, NH1A, NH6, NH7, NH14, NH15, NH16, NH17 and V88 (in accordance with the Statement of Work) This is a COMBINED SYNOPSIS/SOLICITATION for commercial supplies prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures found at FAR 13, 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 solicitation number is N00189-15-T-0154 and is issued as a Request for Quotes (RFQ). The Government intends to award a firm-fixed-price purchase order. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-81 and DFARS Change Notice 20150406. 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 $20.5 million. The Government intends to solicit and negotiate on a full and open competition basis contract for Security Systems Maintenance for Commander, U.S. Naval Air Forces, Atlantic (CNAL) Buildings NH1, NH1A, NH6, NH7, NH14, NH15, NH16, NH17 and V88 with a period of performance starting in May 2015 for one year. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. The NAVSUP Fleet Logistics Center “ Norfolk requests responses from qualified sources capable of providing: Security Systems Maintenance for Commander, U.S. Naval Air Forces, Atlantic (CNAL) Buildings NH1, NH1A, NH6, NH7, NH14, NH15, NH16, NH17 and V88 in accordance with the Statement of Work. This requirement is restricted to LENEL Value Added Resellers (VARs) certified supply and service providers. Only LENEL VARs certified supply and service providers will be considered for award. Offer submittals will not be accepted from offerors who are not LENEL VARs certified vendors. All offerors shall submit proof of LENEL VARs certification and authorization in addition to their quote. Due to security protocols, on-site support personnel must have at least Secret level security clearances. DD254 Form, Department of Defense Contract Security Classification Specification, will be issued upon contract award. Offer submittals will not be accepted from offerors who do not meet the customer ™s (requiring activity) requirements and/or cannot perform in accordance with the Statement of Work. Responsibility and Inspection: unless otherwise specified in the order, the parts supplier/installation provider is responsible for the performance of all inspection requirements and quality control. The following FAR provision and clauses are applicable to this procurement: 52.204-2Security Requirements (August 1996) 52.204-7 System for Award Management 52.204-9Personal Identity Verification of Contractor Personnel 52.204-13 SAM Maintenance 52.209-2Prohibition on Contracting with Inverted Domestic Corporations--Representation 52.212-1 Instructions to Offerors--Commercial Items 52.212-3, Alt I Offeror Representations and Certifications “ Commercial Items 52.212-4 Contract Terms and Conditions “ Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders “ Commercial Items 52.204-10Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-28Post Award Small Business Program Rerepresentation 52.222-3Convict Labor 52.222-19Child Labor ”Cooperation with Authorities and Remedies 52.222-21Prohibition of Segregated Facilities 52.222-26Equal Opportunity 52.222-36Affirmative Action for Workers with Disabilities. 52.222-41Service Contract Labor Standards 52.222-42Statement of Equivalent Rates for Federal Hires 52.222-50Combating Trafficking in Persons 52.222-55Minimum Wages Under Executive Order 13658 52.223-18Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13Restrictions on Certain Foreign Purchases 52.232-33Payment by Electronic Funds Transfer - SAM 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran--Representation and Certifications. 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.237-1Site Visit 52.237-2Protection 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/full text in the order. Additional contract terms and conditions applicable to this procurement are: 252.203-7000Requirements Relating to Compensation of Former DoD Officials 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.203-7998Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation 252.203-7999Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements 252.204-7003 Control of Government Personnel Work Product 252.204-7004 Alt ASystem for Award Management Alternate A 252.204-7011Alternative Line-Item Structure 252.204-7012Safeguarding of unclassified controlled technical information 252.204-7015 Disclosure of Information to Litigation Support Contractors 252.209-7992Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law 252.211-7003Item Unique Identification and Valuation 252.211-7008Use of Government-Assigned Serial Numbers 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7000 Buy American--Balance of Payments program certificate--Basic 252.225-7001 Buy American And Balance Of Payments Program-- Basic (Nov 2014) 252.225-7002 Qualifying Country Sources As Subcontractors 252.232-7003Electronic Submission of Payment Requests and Receiving Reports 252.232-7006Wide Area WorkFlow Payment Instructions 252.232-7010 Levies on Contract Payments 252.237-7010Prohibition on Interrogation of Detainees by Contractor Personnel 252.244-7000Subcontracts for Commercial Items 252.246-7004 Safety of Facilities, Infrastructure, and Equipment for Military Operations 252.247-7023Transportation of Supplies by Sea 5252.NS-046PProspective Contractor Responsibility 5252.204-9400Contractor Unclassified Access to Federally Controlled Facilities, Sensitive Information, IT Systems, or Protected Health Information (July 2013) This announcement will close at 12:30 p.m. EST (noon) on April 30, 2015. Contact Khos Rentsendorj who can be reached at 757-443-1439 or via email, khosbayar.rentsendo1@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. System for Award Management (SAM) [Formerly CCR “ Central Contractor Registration]. Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at https://www.sam.gov/portal/public/SAM/. All quotes shall include price(s), a point of contact, name and phone number, business size, and payment terms. Quotes shall be submitted via email to khosbayar.rentsendo1@navy.mil (the page limit maximum for quotes is 10 pages). Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. Site Visit (Recommended) A recommended site visit will be held prior to receipt of offers to allow all perspective contractors to view and inspect the facilities located at: 1562 Mitscher Ave. Suite 300 (NH-1, Naval Support Activity-Hampton Roads) Norfolk, VA 23551-2427 The Point of Contact for this site visit is LCDR Michael McPherson. His phone numbers are (757) 836-2700 and (757) 277-3495. His email address is michael.s.mcpherson@navy.mil. In order to attend this site visit, contractors shall convene at the above address no later than 10:00 a.m. EST on Tuesday, April 28, 2015. Attendees should allow extra time to arrive due to delays in passing through security. Due to base security requirements, failure to make a reservation may prohibit a contractor from attending site surveys. Contractors are limited to two (2) representatives for the site survey. NOTE: ADDITIONAL SITE VISITS WILL NOT BE ARRANGED TO ANY PARTIES WHO ARRIVE AFTER THE GOVERNMENT AND THE INSPECTION PARTIES HAVE DEPARTED. ALL PARTIES ARE STRONGLY ENCOURAGED TO BE ON TIME. NO SPECIAL ACCOMMODATIONS WILL BE GRANTED TO PARTIES WHO REQUEST TO VISIT PRIOR TO THE SCHEDULED SITE VISIT DATE. Attachments: Attachment I - Statement of Work ******* End of Combined Synopsis/Solicitation ********
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N0018915T0154/listing.html)
- Place of Performance
- Address: 1562 Mitscher Ave. Suite 300 (NH-1, Naval Support Activity-Hampton Roads), Norfolk, VA
- Zip Code: 23551
- Zip Code: 23551
- Record
- SN03708040-W 20150424/150422235434-c6041bd95d05a0c518e13210f8c7c4e4 (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 |